Watertight Doors

expired opportunity(Expired)
From: Federal Government(Federal)
N5005420Q0013

Basic Details

started - 28 Jan, 2020 (about 4 years ago)

Start Date

28 Jan, 2020 (about 4 years ago)
due - 05 Feb, 2020 (about 4 years ago)

Due Date

05 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N5005420Q0013

Identifier

N5005420Q0013
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704745)DEPT OF THE NAVY (156167)NAVSEA (27988)REGIONAL MAINTENANCE CENTER (1987)MID ATLANTIC REG MAINT CTR (1063)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The purpose of this amendment is to extend the closing date from 29 Jan 2020 to 5 Feb 2020.This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP).  This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation WILL be posted to SAM BETA at https://beta.sam.gov.THE RFQ number is N5005420Q0013. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-04 and the DFARS Change notice 20191231. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the is address:
target="_blank">https://www.acquisition.gov/.The NAICS CODE is 332321 and the small business standard is 750 (# of employees).The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing the parts that are identified in the attached Statement of Work (SOW).  The Government intends to solicit and award on a FULL and OPEN COMPETITION basis contract.NOTE: Drawings referenced in the SOW may be accessed by contacting the following:Mid-Atlantic Regional Maintenance Center Technical Library 9727 Avionics Loop, Norfolk 23511Phone: 757-400-0737Please submit the statement of work, and follow the instructions on DD2345 Presentation (Attachment 2) to file a DD2345 (Attachment 3) request if one has not already been obtained.Required Deliver Date (RDD):  18 April 2020Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.  System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 11:30 am EST on 5 Feb 2020.  Offers shall be emailed to shelly.umana-martine@navy.mil.Quotes shall be valid for sixty (60) days (at minimum).QUESTIONS:  Offerors may submit questions regarding clarification of solicitation requirements to Shelly Umana Martinez by e-mail at shelly.umana-martine@navy.mil by 3 Feb 2020 at 11:30 a.m. EST.  Any questions received after this date may not be answered.The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):52.204-7 System for Award Management52.204-13 System for Award Management Maintenance52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)52.240-22 Alternative Line Item Proposal52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)52.212-2 Evaluation-Commercial Items52.212-3 Offeror Representations and Certifications -- Commercial Items.52.212-4 Contract Terms and Conditions -- Commercial Items.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed orProvided by Kaspersky Lab and Other Covered Entities52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor—Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans52.222-36 Equal Opportunity for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13 Restriction on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer--System for Award Management52.222-22 Previous Contracts and Compliance Reports52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.247-34 FOB Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference252.203-7000 Requirements Relating to Compensation of Former DOD Officials252.203-7002 Requirements to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism252.211-7003 Item Unique Identification & Valuation252.211-7008 Use of Government-Assigned Serial Numbers252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008 Prohibition of Hexavalent Chromium252.225-7000 Buy American--Balance of Payments Program Certificate252.225-7001 Buy American and Balance of Payments Program252.225-7002 Qualifying Country Sources as Subcontractors252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252.246-7000 Material Inspection and Receiving Report252.247-7023 Transportation of Supplies by SeaATTACHMENT 1: Statement of WorkATTACHMENT 2: DD2345 PresentationATTACHMENT 3: DD2345

9727 AVIONICS LOOP BLDG LF-18  NORFOLK , VA 23511-2124  USALocation

Place Of Performance : 9727 AVIONICS LOOP BLDG LF-18 NORFOLK , VA 23511-2124 USA

Country : United StatesState : Virginia

You may also like

USS GREEN BAY (LPD-20) MAFO Quick Acting Watertight Doors (QAWTD) (LLTM)

Due: 18 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Classification

naicsCode 332321Metal Window and Door Manufacturing
pscCode 2040Marine Hardware and Hull Items